Notice Information
Notice Title
Buckinghamshire Highways Term Consultancy Services Contract
Notice Description
Buckinghamshire Council (the Council) is the Highway Authority responsible for maintaining the highway network in Buckinghamshire. This includes the maintenance and consultancy. The Council's current integrated services contract is due to expire on 31 March 2023. The new service delivery model will include a Term Maintenance Contract; a Term Consultancy Contract to include design and other professional services; and two separate framework arrangements. This Contract Award Notice relates to the Term Consultancy Contract only ("the Contract").
Lot Information
Lot 1
Buckinghamshire Council (the Council) is the Highway Authority responsible for maintaining the highway network in Buckinghamshire. This includes the maintenance and consultancy. The Term Consultancy Contract is used for the provision of professional services for infrastructure-related projects and services with regards highways. The Consultant provides professional technical resources to deliver these services efficiently and effectively. The Consultant shall undertake the role of Principal Designer under the CDM Regulations 2015. The Council's current integrated services contract is due to expire on 31 March 2023 and therefore the Council commenced the procurement of its replacement service provision in 2021. The new service delivery model will include a Term Maintenance Contract to include routine and reactive maintenance, minor improvement works and winter services; a Term Consultancy Contract to include design and other professional services; and two separate framework arrangements. This Contract Award Notice relates to the Term Consultancy Contract only ("the Contract"). The Contract is for an initial term of eight (8) years subject to extension (see II.2.11 below) and is based on the NEC4 Term Service Contract (as appropriately amended and augmented by the Council). Additional information: Where the notice states 2 tenders received - this refers to final tenders. The estimated total value stated corresponds to a 12 year contract period. The estimated total value is PS36,000,000 based on PS3,000,000 per annum over the full 12 year period. The volumes /quantities are not guaranteed and the actual value will vary from year to year. The contract allows for BCIS indexation each year of the contract which is not included in the stated estimated value.
Options: The Contract will have an initial term of eight (8) years with a right to extend that initial term by up to two further periods of two years each (leading to a maximum total extension of four (4) years, subject to the requirements and procedure set out in the procurement documents.
Renewal: Intented initial 8-year term with options to extend by a further 4 years
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02b9a4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/012719-2023
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71310000 - Consultative engineering and construction services
71324000 - Quantity surveying services
71351500 - Ground investigation services
71520000 - Construction supervision services
71530000 - Construction consultancy services
71631450 - Bridge-inspection services
Notice Value(s)
- Tender Value
- £36,000,000 £10M-£100M
- Lots Value
- £36,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £36,000,000 £10M-£100M
Notice Dates
- Publication Date
- 3 May 20232 years ago
- Submission Deadline
- 13 Dec 2021Expired
- Future Notice Date
- 1 Aug 2021Expired
- Award Date
- 21 Dec 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BUCKINGHAMSHIRE COUNCIL
- Contact Name
- Mrs Ann Spence, Procurement and SRM Team, Ryan Curtis / Lindsey Sheen
- Contact Email
- ann.spence@buckinghamshire.gov.uk, buckinghamshirehighways@buckinghamshire.gov.uk, procurement@buckinghamshire.gov.uk
- Contact Phone
- +44 1296383215, +44 129683615
Buyer Location
- Locality
- AYLESBURY
- Postcode
- HP20 1UA
- Post Town
- Hemel Hempstead
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ13 Buckinghamshire
- Delivery Location
- TLJ13 Buckinghamshire
-
- Local Authority
- Buckinghamshire
- Electoral Ward
- Aylesbury North
- Westminster Constituency
- Aylesbury
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02b9a4-2023-05-03T17:42:54+01:00",
"date": "2023-05-03T17:42:54+01:00",
"ocid": "ocds-h6vhtk-02b9a4",
"description": "1. To express interest in the Contract, Applicants must complete and submit the SQ through the Portal no later than the deadline in IV.2.2. Please note that Applicants must allow sufficient to upload their SQ Responses as the Council is under no obligation to consider SQ Responses submitted after that deadline. 2. In order to submit an SQ Response, Applicants must register on the Buckinghamshire Business Portal if they have not already done so. 3. For technical assistance relating to the Buckinghamshire Business Portal, please contact 0330 005 0352. 4. An Applicant may be a single organisation or a consortium. In addition Applicants may be entitled to rely on third parties in order to achieve the minimum standards set out in the SQ Guidance. Applicants are referred to the SQ Guidance for requirements that apply in these cases. 5. All financial values in this Contract Notice are estimated and may be subject to change. The estimated total value of the Contract in II.1.5 provides for and includes the value of the optional maximum extension period. Applicants are also referred to the procurement documents for further details about the likely values of work under the Contract and in particular, that given its nature as a term service contract there will be no guarantee of a particular volume or value of work under the Contract. 6. All dates set out in this Contract Notice are based on the Council's current procurement programme which it reserves the right to change and update at any stage during the procurement. Such dates may therefore change. 7. A response to this Contract Notice does not guarantee that an Applicant will be invited to submit an initial tender. The Council is not bound to enter into any contract arising out of the procedures envisaged by this Contract Notice and may vary its requirements or procedure at any time. The Council reserves the right to abandon, delay or postpone this procurement at any time. Applicants are referred to the SQ Guidance for full instructions and conditions of participation in this procurement. 8. Applicants will be solely responsible and liable for all costs associated and arising out of or in connection with responding to this Contract Notice and the SQ and with submitting any tender, howsoever such costs are incurred. 9. In relation to II.2.6 estimated total value, this is the minimum value. The estimated total value is PS36,000,000 based on PS3,000,000 per annum over the full 12 year period",
"initiationType": "tender",
"tender": {
"id": "DN578362",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Buckinghamshire Highways Term Consultancy Services Contract",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
},
"mainProcurementCategory": "services",
"description": "Buckinghamshire Council (the Council) is the Highway Authority responsible for maintaining the highway network in Buckinghamshire. This includes the maintenance and consultancy. The Council's current integrated services contract is due to expire on 31 March 2023. The new service delivery model will include a Term Maintenance Contract; a Term Consultancy Contract to include design and other professional services; and two separate framework arrangements. This Contract Award Notice relates to the Term Consultancy Contract only (\"the Contract\").",
"lots": [
{
"id": "1",
"description": "Buckinghamshire Council (the Council) is the Highway Authority responsible for maintaining the highway network in Buckinghamshire. This includes the maintenance and consultancy. The Term Consultancy Contract is used for the provision of professional services for infrastructure-related projects and services with regards highways. The Consultant provides professional technical resources to deliver these services efficiently and effectively. The Consultant shall undertake the role of Principal Designer under the CDM Regulations 2015. The Council's current integrated services contract is due to expire on 31 March 2023 and therefore the Council commenced the procurement of its replacement service provision in 2021. The new service delivery model will include a Term Maintenance Contract to include routine and reactive maintenance, minor improvement works and winter services; a Term Consultancy Contract to include design and other professional services; and two separate framework arrangements. This Contract Award Notice relates to the Term Consultancy Contract only (\"the Contract\"). The Contract is for an initial term of eight (8) years subject to extension (see II.2.11 below) and is based on the NEC4 Term Service Contract (as appropriately amended and augmented by the Council). Additional information: Where the notice states 2 tenders received - this refers to final tenders. The estimated total value stated corresponds to a 12 year contract period. The estimated total value is PS36,000,000 based on PS3,000,000 per annum over the full 12 year period. The volumes /quantities are not guaranteed and the actual value will vary from year to year. The contract allows for BCIS indexation each year of the contract which is not included in the stated estimated value.",
"hasRenewal": false,
"renewal": {
"description": "Intented initial 8-year term with options to extend by a further 4 years"
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 36000000,
"currency": "GBP"
},
"contractPeriod": {
"endDate": "2035-04-01T23:59:59+01:00"
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "Applicants are referred to the SQ and SQ guidance for information about the Council's criteria and methodology for selecting Applicants to be invited to submit an initial tender for the contract. The Council expects to select only the top scoring 5 Applicants but reserves the right to invite fewer than 5 or to invite up to a maximum of three further Applicants to tender in accordance with the provisions set out in the SQ Guidance."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The Contract will have an initial term of eight (8) years with a right to extend that initial term by up to two further periods of two years each (leading to a maximum total extension of four (4) years, subject to the requirements and procedure set out in the procurement documents."
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
},
{
"scheme": "CPV",
"id": "71351500",
"description": "Ground investigation services"
},
{
"scheme": "CPV",
"id": "71520000",
"description": "Construction supervision services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "71631450",
"description": "Bridge-inspection services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UKJ13"
},
{
"region": "UKJ13"
},
{
"region": "UKJ13"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2021-08-02T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.supplybucksbusiness.org.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "List and brief description of conditions: Applicants are referred to the SQ and SQ Guidance for information about conditions for participation",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
},
{
"id": "economic1",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical1",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "The main financing conditions, payment mechanism and performance standards will be described in the procurement documents to be made available at initial stage. It is expected that the NEC4 Term Service Contract will be used and Applicants are referred to the procurement documents made available at this Contract Notice stage.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2022-01-17T00:00:00Z"
},
"tenderPeriod": {
"endDate": "2021-12-13T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"hasRecurrence": false,
"value": {
"amount": 36000000,
"currency": "GBP"
}
},
"parties": [
{
"id": "GB-FTS-4238",
"name": "Buckinghamshire Council",
"identifier": {
"legalName": "Buckinghamshire Council"
},
"address": {
"streetAddress": "Walton Street Offices",
"locality": "Aylesbury",
"region": "UK",
"postalCode": "HP20 1UA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Ryan Curtis / Lindsey Sheen",
"telephone": "+44 129683615",
"email": "BuckinghamshireHighways@buckinghamshire.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.buckinghamshire.gov.uk/",
"buyerProfile": "https://www.buckinghamshire.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-10067",
"name": "Buckinghamshire Council",
"identifier": {
"legalName": "Buckinghamshire Council"
},
"address": {
"streetAddress": "The Gateway, Gatehouse Road",
"locality": "Aylesbury",
"region": "UKJ13",
"postalCode": "HP19 8FF",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mrs Ann Spence",
"telephone": "+44 1296383215",
"email": "ann.spence@buckinghamshire.gov.uk",
"url": "http://www.supplybucksbusiness.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.buckinghamshire.gov.uk/",
"buyerProfile": "https://www.buckinghamshire.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-2059",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 20794760000"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-74012",
"name": "Buckinghamshire Council",
"identifier": {
"legalName": "Buckinghamshire Council"
},
"address": {
"streetAddress": "Walton Street Offices, Walton Street",
"locality": "Aylesbury",
"region": "UKJ13",
"postalCode": "HP20 1YG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Procurement and SRM Team",
"telephone": "+44 1296383215",
"email": "procurement@buckinghamshire.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.buckinghamshire.gov.uk/",
"buyerProfile": "https://www.buckinghamshire.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-74013",
"name": "Balfour Beatty Living Places Limited",
"identifier": {
"legalName": "Balfour Beatty Living Places Limited"
},
"address": {
"streetAddress": "The Curve Building, Axis Business Park, Hurricane Way",
"locality": "Langley",
"region": "UKJ13",
"postalCode": "SL3 8AG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-81871",
"name": "ATKINS LIMITED",
"identifier": {
"legalName": "ATKINS LIMITED"
},
"address": {
"streetAddress": "Woodcote Grove, Ashley Road",
"locality": "Epsom",
"region": "UKJ13",
"postalCode": "KT18 5BW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-41776",
"name": "High Court, Royal Court of Justice",
"identifier": {
"legalName": "High Court, Royal Court of Justice"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 20794760000"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-10067",
"name": "Buckinghamshire Council"
},
"language": "en",
"awards": [
{
"id": "002807-2023-DN546863-1",
"relatedLots": [
"1"
],
"title": "Buckinghamshire Highways Service",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-74013",
"name": "Balfour Beatty Living Places Limited"
}
]
},
{
"id": "012719-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-81871",
"name": "ATKINS LIMITED"
}
]
}
],
"contracts": [
{
"id": "002807-2023-DN546863-1",
"awardID": "002807-2023-DN546863-1",
"title": "Buckinghamshire Highways Service",
"status": "active",
"dateSigned": "2022-12-21T00:00:00Z"
},
{
"id": "012719-2023-1",
"awardID": "012719-2023-1",
"status": "active",
"value": {
"amount": 36000000,
"currency": "GBP"
},
"dateSigned": "2023-04-05T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "5",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "6",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "7",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 240000000,
"currency": "GBP"
},
{
"id": "4",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 300000000,
"currency": "GBP"
},
{
"id": "1",
"measure": "lowestValidBidValue",
"value": 240000000,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"value": 300000000,
"currency": "GBP"
},
{
"id": "10",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "11",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "12",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "14",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}